Flagship Housing Group: Vehicles and associated supplies & services

  Flagship Housing Group is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Vehicles and associated supplies & services
Notice type: Contract Notice
Authority: Flagship Housing Group
Nature of contract: Supplies
Procedure: Restricted
Short Description: Flagship Group is setting up a DPS for vehicles and associated supplies and services. Mini competitions will be issued throughout the life of the DPS. All the bidders registered on the DPS who have passed the Selection Stage will be invited to participate in the mini-competitions. Access to the Selection Stage will be open throughout the life of the DPS. The DPS may be used for any of Flagship Group's subsidiary companies.
Published: 30/01/2024 12:27
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Norwich: Transport equipment and auxiliary products to transportation.
Section I: Contracting Authority
      I.1) Name and addresses
             Flagship Housing Group
             31 King Street, Norwich, NR1 1PD, United Kingdom
             Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
             Main Address: https://www.flagship-group.co.uk/
             NUTS Code: UKH15
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Transport-equipment-and-auxiliary-products-to-transportation./5ECJ9Y987Y
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/5ECJ9Y987Y to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Vehicles and associated supplies & services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      34000000 - Transport equipment and auxiliary products to transportation.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Flagship Group is setting up a DPS for vehicles and associated supplies and services. Mini competitions will be issued throughout the life of the DPS. All the bidders registered on the DPS who have passed the Selection Stage will be invited to participate in the mini-competitions. Access to the Selection Stage will be open throughout the life of the DPS. The DPS may be used for any of Flagship Group's subsidiary companies.       
      II.1.5) Estimated total value:
      Value excluding VAT: 120,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Vehicles       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      34000000 - Transport equipment and auxiliary products to transportation.
      34100000 - Motor vehicles.
      34110000 - Passenger cars.
      34111000 - Estate and saloon cars.
      34111100 - Estate cars.
      34111200 - Saloon cars.
      34113000 - 4-wheel-drive vehicles.
      34113200 - All-terrain vehicles.
      34113300 - Off-road vehicles.
      34115000 - Other passenger cars.
      34115200 - Motor vehicles for the transport of fewer than 10 persons.
      34115300 - Second-hand transport vehicles.
      34120000 - Motor vehicles for the transport of 10 or more persons.
      34130000 - Motor vehicles for the transport of goods.
      34131000 - Pick-ups.
      34134000 - Flatbed and Tipper trucks.
      34134100 - Flatbed trucks.
      34134200 - Tipper trucks.
      34136000 - Vans.
      34136100 - Light vans.
      34136200 - Panel vans.
      34137000 - Second-hand goods vehicles.
      34138000 - Road tractor units.
      34140000 - Heavy-duty motor vehicles.
      34142000 - Crane and dumper trucks.
      34142100 - Elevator-platforms trucks.
      34142200 - Skip loaders.
      34144000 - Special-purpose motor vehicles.
      34144700 - Utility vehicles.
      34144900 - Electric vehicles.
      34200000 - Vehicle bodies, trailers or semi-trailers.
      34210000 - Vehicle bodies.
      34220000 - Trailers, semi-trailers and mobile containers.
      34221000 - Special-purpose mobile containers.
      34223000 - Trailers and semi-trailers.
      34223200 - Bowsers.
      34223370 - Tipper trailers.
      34224000 - Parts of trailers, semi-trailers and other vehicles.
      34328200 - Vehicle conversion kits.
      34330000 - Spare parts for goods vehicles, vans and cars.
      34350000 - Tyres for heavy/light duty vehicles.
      34351000 - Light- duty tyres.
      34351100 - Tyres for motor cars.
      34352000 - Heavy-duty tyres.
      42961300 - Vehicle location system.
      50111110 - Vehicle-fleet-support services.
      64226000 - Telematics services.
      66000000 - Financial and insurance services.
      66100000 - Banking and investment services.
      66110000 - Banking services.
      66114000 - Financial leasing services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      
      II.2.4) Description of procurement: Procurement of vehicles.

Estimated values are for the 10 year period.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 100,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/5ECJ9Y987Y       
II.2) Description Lot No. 2
      
      II.2.1) Title: Vehicle conversion and reconditioning services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      50100000 - Repair, maintenance and associated services of vehicles and related equipment.
      50110000 - Repair and maintenance services of motor vehicles and associated equipment.
      50111000 - Fleet management, repair and maintenance services.
      50112000 - Repair and maintenance services of cars.
      50114000 - Repair and maintenance services of trucks.
      50117000 - Vehicle conversion and reconditioning services.
      50117100 - Motor vehicle conversion services.
      66000000 - Financial and insurance services.
      66100000 - Banking and investment services.
      66110000 - Banking services.
      66114000 - Financial leasing services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      
      II.2.4) Description of procurement: Procurement of vehicle fleet conversion and reconditioning services.

Estimated values are for the 10 year period.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: https://www.delta-esourcing.com/respond/U9WGKNAZ59       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system          
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 29/01/2034 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Transport-equipment-and-auxiliary-products-to-transportation./5ECJ9Y987Y

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5ECJ9Y987Y
   VI.4) Procedures for review
   VI.4.1) Review body:
             Flagship Housing Group Limited
       31 King Street, Norwich, NR1 1PD, United Kingdom
       Tel. +44 8081684555
   VI.4.2) Body responsible for mediation procedures:
             Flagship Housing Group
          31 King Street, Norwich, NR1 1PD, United Kingdom
          Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
          Internet address: https://www.flagship-group.co.uk/
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Flagship Housing Group
       31 King Street, Norwich, NR1 1PD, United Kingdom
       Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
       Internet address: https://www.flagship-group.co.uk/
   VI.5) Date Of Dispatch Of This Notice: 30/01/2024

Annex A


View any Notice Addenda

View Award Notice